Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOLICITATION NOTICE

J -- One time maintenance for EMD DieselEngine (Emergency Generator)

Notice Date
7/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network 22 Logistics Office;Building 149;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA-262-07-RQ-0079LG
 
Response Due
7/16/2007
 
Archive Date
7/27/2007
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number VA-262-07-RQ-0079LG is issued as a request for quote (RFQ). This solicitation incorporates provisions and clauses as those in effect through Federal Acquisition Circular 2005-17. The North American Industry Classification System Code (NAICS) is 811310 and the Small Business Standard is $6.5 million. Women and small disadvantaged businesses are encouraged to submit offers. ALL SUBMISSIONS MUST STATE THE BUSINESS SIZE. Line Item 0001: One time service maintenance on one (1) EMD Diesel Engine (Emergency Generator). Model Number: EMD645E4, Serial Number: 73MI1028. Contractor shall provide all parts, material and labor to perform maintenance. Work shall include replacing all cylinder heads and perform power pack reseal. Replace all injectors with genuine EMD parts. Replace leaking water pumps and leaking lube oil piping. Replace entire oil vent pipe. Provide and install new EMD approved coolant. Provide and install new EMD approved oil and oil filters. Provide and install new fuel filters. Place of performance is the VA Greater Los Angeles Healthcare System, Sepulveda Ambulatory Care Center (VAGLA SACC), 16111 Plummer Street, Sepulveda, CA 91343. Delivery shall be F.O.B. Destination, in 30 days after receipt of order. Offerors must comply with all instructions contained in provision 52.212-1 Instructions to Offerors - Commercial Items (09/06). ADDENDUM TO FAR 52.212-1: As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement, VA uses an online database, the Contractor Performance System (CPS), which is maintained by the National Institutes of Health (NIH). The CPS database information is shared with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. You are required to register with the NIH CPS database at the following web address: CPS - https://cpscontractor.nih.gov. Further, your registered representative data, as well as any other information in your registration data, must be kept current. Performance evaluations entered into CPS by the contracting officer will be assigned to the contractor's registered representative for comment. Failure to comment and reassign the report back to the contracting officer, or to maintain current registration, will result in the Government's evaluation being entered in the database with a statement that you have failed to respond. Help in registering can be obtained by contacting CPS Support E-mail (cps-support-1@list.nih.gov) or by calling (301) 451-2771. Pursuant to FAR Clause 52.212-4, para (t), Central Contractor Registration (CCR), after initial registration, the contractor is required to update registration data as changes occur and must re-register annually to ensure all data remains current. Noncompliance with this requirement will preclude the exercising of any option periods that may be included herein and will be cause for termination of the contract at such time noncompliance is discovered. Refer to cited Clause for more details. You are required to register with the CCR database at the following web address: CCR - http://www.ccr.gov. IT IS IMPERATIVE THAT YOU COMPLETE THESE REGISTRATIONS IN ORDER TO BE CONSIDERED FOR CONTRACT AWARD. AWARD CANNOT BE MADE TO A CONTRACTOR NOT REGISTERED IN BOTH OF THESE DATABASE SYSTEMS. In accordance with FAR Provision 52.212-1 paragraph (j), please provide the Dun and Bradstreet Number assigned to your firm in the space provided: DUNS# ____ ____ - ____ ____ ____ - ____ ____ ____ ____. The Government will award a purchase order resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable, 2) Past performance, and 3) Price. Technically acceptable is more important than past performance and price. All work performed shall follow EMD factory maintenance instructions for exact tolerances to obtain maximum service life. Rebuilt components shall meet or exceed OEM specifications. New parts or components shall be Genuine EMD or approved equal. To be technically acceptable the items shall meet the Government's requirements. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Contractor shall have at a minimum 10 years specialized experience and their service technicians shall have a minimum of 5 years specialized experience performing maintenance to include overhauling General Motors 645E4B engines. Offeror's shall submit documentation to support experience. Offeror's shall provide certified EMD mechanics and be able to provide documentation to support certifications. Offeror's shall provide with their quote a list of Federal, State and Local governments and private contracts under which they have provided the same or similar services/supplies required in this solicitation within the last three (3) years. Offeror's are required to furnish, for the purpose of evaluating responsibility/past performance, the names, address and telephone numbers of a minimum of two (2) references for which the same or similar services/supplies have been furnished. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the services/items offered. Only offeror's that can meet all requirements in this solicitation will be considered for award. 52.212-3 Offerors Representations and Certifications - Commercial Items (11/06) - THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE OFFER, a copy of the provision may be attained from http://www.arnet.gov/far. Applicable clauses: 52.212-4 Contract Terms and Conditions - Commercial Items (02/07); 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (03/07). The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 16, 17, 18, 19, 20, 21, 24, 25i, and 32. The following additional clauses and provisions apply: FAR 52.232-18 Availability of Funds (04/84); FAR 52.232-19 Availability of Funds for Next Fiscal Year (04/84); FAR 52.233-2 Service of Protest (09/06); VAAR 852.211-71(a) Guarantee (11/84); VAAR 852.233-70 Protest Content (01/98); VAAR 852.233-71 Alternate Protest Procedures (01/98); VAAR 852.237-70 Contractor Responsibilities (04/84); VAAR 852.270-1 Representatives of Contracting Officers (04/84); VAAR 852.270-4 Commercial Advertising (11/84). This purchase order incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.. The full text of a clause and provision may be accessed electronically at this/these addresses: Federal Acquisition Regulation Home Page: http://www.arnet.gov/far/. Veterans Affairs Acquisition Regulation Home Page: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable to this acquisition. There are no applicable Numbered Notes that apply to this acquisition. The Government will consider all quotes received by 3:00 PM Pacific Daylight Time July 16, 2007. Offers are to be received at the Department of Veterans Affairs, Network 22 Logistics Office, 5901 E. 7th Street, Building 149, Long Beach CA 90822, ATTN: Lon-Det Givens (VA-262-07-RQ-0079LG). OFFEROR'S MUST INCLUDE A SIGNED OFFER LETTER ON COMPANY LETTER HEAD. For information you can contact Lon-Det Givens at 562-826-8000 ext.6051 or by fax at 562-961-1351.
 
Place of Performance
Address: Sepulveda Ambulatory Care Center;16111 Plummer Street;Sepulveda, CA
Zip Code: 91343
Country: United States
 
Record
SN01335112-W 20070707/070705220623 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.